Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOLICITATION NOTICE

J -- Maintenance Services on Material Handling Equipment

Notice Date
3/6/2023 1:08:00 PM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923R0018
 
Response Due
3/15/2023 2:00:00 PM
 
Archive Date
04/30/2023
 
Point of Contact
Amy Barnes, Phone: 757-443-1343, Elizabeth Phelps, Phone: 757-443-1326
 
E-Mail Address
amy.m.barnes14.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil
(amy.m.barnes14.civ@us.navy.mil, elizabeth.a.phelps14.civ@us.navy.mil)
 
Description
The purpose of amendment 0001 is to post answers from questions that were asked during the questions phase of the solicitation posting.�This amendment also changes CLINs 0005 and 1005 to RESERVED, updates the PWS, updates Attachment III, and adds Attachment V. All�other terms and conditions remain unchanged. See attached documents for reference. The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, intends to negotiate a single award, cost plus fixed fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract under FAR Part 15 �Contracting by Negotiation�. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center � Norfolk (FLC-N) requires Logistics Support Services to perform maintenance and repair actions, transportation movement, administrative support and external painting on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE) in accordance with applicable directives (a) through (j) and Appendix (V) as defined in the PWS. MHE is defined as all self-propelled equipment normally used in storage and handling operations in and around warehouses, shipyards, industrial plants, airfields, magazines, depots, docks, terminals and aboard ships. It includes, but is not limited to, all self-propelled MHE such as warehouse tractors, forklifts of various commodity class codes, platform trucks, pallet trucks, 463L aircraft loaders and automated material handling systems. It also includes non-powered shipboard pallet trucks. SMSE includes, but is not limited to, container handlers, mobile cargo cranes, shipboard aerial work platforms, telescopic boom lift trucks, scissor-lift platforms and diesel conveyor belt vehicles. Units affected are identified via established TYCOM 18-Month Heavy Maintenance Programs (18-Month Program); are inducted for overhaul via Modified Service Life Extension Program (MOD-SLEP) or COTS Restoration Modification (RESTO-MOD); are assigned as on-hand contingency pool assets; or are those requiring on-site services at commands throughout the Tidewater area. The North American Industry Classification System (NAICS) code for this acquisition is 811310, Machinery and Equipment Maintenance with a size Standard of $12.5M. After analyzing submittals received in response to a Sources Sought notice, the prospective Request for Proposal (RFP) will be processed utilizing �Full and Open Competition� and will require a Small Business Subcontracting Plan. The resulting contract will be for a five (5)-year ordering period. FAR 52.217-8 �Option to Extend Services� will be included in the solicitation and contract. The option will be evaluated in accordance with FAR 17.206(a). A complete RFP package will be available by downloading the documents at the sam.gov website on or around 26 January 2023. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5ff2c63c0ba45b0b8dce00f06f7ff0c/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06609167-F 20230308/230306230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.